Loading...
ASR Constuctors IncCITY OF ROSEMEAD ROSEMEAD PARK AQUATIC FACILITY PROJECT No. P53251 CONTRACT BID FORMS TABLE OF CONTE SECTION 1 BID SCHEDULE .......................................................... ............................... 1 SECTION 2 BID DATA FORMS ..... ..................... ............................... .................... 5 2.A BID BOND .......................... ................................ ..............................6 2.13 LIST OF PROPOSED SUBCONTRACTORS .............. ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT ................................. ............................... 11 SECTION I - BID BIDDER: Na W NS % U lx*;, we . BID FOR ROSEMEAD PARK AQUATIC. FACILITY PROJECT NO. P53129 BASE BID SCHEDULE 00 TOTAL BASE BID PRICE: $ 3. S-,11 % ODO- -rJ9 /LGiov. 15�v -e -.1 %v�'lt/ L"•l!°,Gzcua Dollar amount in written ALTERNATE BID ITEM NO. 1, 2, 3, 8,4 TOTAL ALTERNATE BID ITEMS PRICE: $ % 9 t�00• All l,( rY Dollar amount in written form �o 00 Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of values above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. INCORPORATION BY REFERENCE Notice Inviting Bids, Instructions to Bidders, General Conditions, Technical Specifications, Geotechnical Study Report (September 3, 2010) and addenda, Asbestos and Lead Paint Survey Report (August 5, 2010) and addenda, Bidder's Proposal, Plans, Standard Specifications for Public Works Construction 2009 Edition ( "Greenbook "), Drawings, Project Manual, Required Bonds and Forms, Permits, Addenda, and all applicable codes and regulations are hereby incorporated in and made part of this Contract. The provisions of CBF -1 ITEM DESCRIPTION UNIT OF EST. UNIT TOTAL ITEM NO. MEASURE QTY. PRICE COST 1 Shade Structures SF 20 20'x 20' Module 2 Solar System LS 1 3 Bleachers EA 8 S 2sv - �/ ?, oov,° 4 Entry Marquee LS 1 Sign /Supports TOTAL ALTERNATE BID ITEMS PRICE: $ % 9 t�00• All l,( rY Dollar amount in written form �o 00 Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of values above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. INCORPORATION BY REFERENCE Notice Inviting Bids, Instructions to Bidders, General Conditions, Technical Specifications, Geotechnical Study Report (September 3, 2010) and addenda, Asbestos and Lead Paint Survey Report (August 5, 2010) and addenda, Bidder's Proposal, Plans, Standard Specifications for Public Works Construction 2009 Edition ( "Greenbook "), Drawings, Project Manual, Required Bonds and Forms, Permits, Addenda, and all applicable codes and regulations are hereby incorporated in and made part of this Contract. The provisions of CBF -1 BIDDER: M 1'UluJmagslu'. the Greenbook shall apply to this Project except as may be modified by other provisions of the Contract. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond the amount of Dollars ($ ) said amount b ess than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. CBF -2 If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award forthe Contract, and will deliver to the Ownerwithin that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or underthe Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such. assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. #1 Wd lolstpl t�) The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 I• � � 1 � X11. � � � 1, oresldim fa aN Title —I 5230 WIIAN STt��T Business Street Address Rev I D I%, ( A 9)2S69 City, State and Zip Code X151.1-701. uS G Telephone Number Bidder' s / Contractor's State of Incorporation: NO r- 6 eN ii Partners or Joint Venturers: N Bidder's License Number(s): NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjurythe accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. CBF -4 SECTION 2 BID DATA FORMS CBF -5 Bond # 8215 10 60 A b1fDDER: ASR Constructors, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT ASR Constructors Inc as Principal, and Federal Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent and 00/100 * * * * * * * ** DOLLARS ($ 10% * * * * ** ), being not less than ten percent (10 %) of the Total Base Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rosemead Park Aquatic Facility as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated November 3, 2010 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above - referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 21 st day of October 10 ASR Const c ors, Inc. (SEAL)Federal Insurance (SEAL) Principal Surety Co y By: Signat Si ,ature Yvet e Aceves Attorney- in -FAct CBF -6 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSUR, COMPANY, a New York corporation, and PACIFIC INDEMNI appoint Yvette Aceves and Newton Kellam of Irvine, 4Y, an Indiana corporation, VIGILANT INSURANCE a Wisconsin corporation, do each hereby constitute and each as their true and lawful Attorney- N- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 6th day of October, 2010. t 'Kenneth C. Wendel. Assistant secretary D . Noms, Jr., Vice Preside STATE OF NEW JERSEY m. County of Somerset On this 6th day of October, 2010 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duty swum, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Pourer of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies: and that he signed said Pourer of Attorney as Assistant Secretary of mid Companies by like authority; and that he Is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the .signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine haMrMtirg of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in depomnrs presence. Notarial Seal ci; F. 1(AINERINE J. ADELAAR NOZW PUBLIC OF NEW JFkSFI Nr.431d56$ '.a Commission 6rpdrmo 1Ldy 16, 4011 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, under their respective deslgnadons. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys. in- Fact for purposes Only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or centificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified try such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies' do hereby certify that (1) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columba and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands. and Federal Is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (Iii) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my hard and seals of mid Companies at Warren, NJ this -wyna/rr� �yuP.�yeFC x� .i IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 - 3493 Fax (908) 903- 3656 e -mail: Surety@chubb.com Form 15 -10. 02256- U (Ed. 5- 03) CONSENT CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Riverside On lo-Zk-jr) beforeme, Minh Quang Tran, A Notary Public (Here insert name and tide of the officer) personally appeared Yvet who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my of Notary seal. MINH QUANG TRAN w COMM. #1741451 NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY (Notary Sea]) My Comm. Expires April 24, 2011 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Bid Bond (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) It Attorney -in -Fact _ ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800- 873 -9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California most contain verbiage exactly as appears above in the notary section or a separate acknowledgment farm must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form ifrequired. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is c(mpleted. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the names) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plum] forms by crossing off incorrect forms (i.e. he/she /Wey, is /ere ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document [00111.41 Ly ( t State of California County of tZIJ�CS'td� On Nov. '!5I 20t0 before me, (Here Insert name personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offs al seal MINH QUANG TRAN Q COMM. #1741451 a NOTARY PUBLIC - CALIFORNIA y (Notary Scal) M RIVERSIDE COUNTY Signature of Notary PublicY C!n Expires April2q, 2p77 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT 4 `O d (Title or description of attached document) (Title or description of attached document Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attomey -in -Fact ❑ Trustee(s) ❑ Other 2008Version CAPAvl2 .10.07800 - 873 -9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING TI-BS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her time as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Wshehhey, is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment forth. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2.113 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours afterthe deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor and description of work to be subcontracted. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one half of one percent of the Contractors total bid or ten thousand ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 BIDDER: �'tJh�011"4�1U•`�1� . 2_13 LIST OF PROPOSED SUBCONTRACTORS (continued) [` *Duplicate Next 2 Pages if needed for listing additional subcontractors. * *] Name and Location of Subcontractor Name: /�S S 7-cig—, c Address: S'2 3u Ld /c S0"/ S T- ��� /� Name and Location of Subcontractor Description of Work to be Subcontracted Description of Work to be Subcontracted S,uL- Er �.Crxr Name: sle"— Address: c,,c- 72Fr,ic lci4 c Name and Location Description of Work of Subcontractor to be Subcontracted Name: e Ll c Addrasc- 2 2 J— A— )C'. c2 ✓iv C: ic, mac. Gc - C41 Name and Location of Subcontractor Description of Work to be Subcontracted 9 / -ci T Name: S - ✓i Address: 9 ? 2 G Name and Location Description of Work of Subcontractor to be Subcontracted %G Name: /!q/, 04, 5zJ-6 � 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) BIDDER: P y QkSO4MwC . 2_B LIST OF PROPOSED SUBCONTRACTORS (continued) [ *'Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location of Subcontractor Name:_ Address: ST- C',a C i mvs,o , Gam/ - Name and Location of Subcontractor Name: 6- iS .L r C-CTx i c Address: SS/ /-,,"C rw cc 1-,7e Description of Work to be Subcontracted 14j14 C- Description of Work to be Subcontracted SEC- T.[ Name and Location of Subcontractor Description of Work to be Subcontracted Name: T/c !-.Si 72o.c/ Address: / S— r3 S T Name and Location of Subcontractor Description of Work to be Subcontracted Name: /lL 6.. - Address: ! 9 J saw Vl s n" 4!d s �p.4/yl�,� lc c✓ Name and Location Description of Work of Subcontractor to be Subcontracted Spta v Name: Address: 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) f1'-3➢1 S, The following are the names, addresses and telephone numbers for at least three public agencies for which BIDDER has performed similar work within the past four (4) years: Name and Address of Owner kP �la,a�U�s IAN. a95•1W4 Name and elephone number of public agency person familiar with project $50, 000 00 -i;� f 12!000 No 00 VariOU5 &h0K ON-Will Contract amount Type of Work Date Compl ted 2. 3. and of Owner Name and teWphone number of public agency person familiar with project Contract amount Type of Work volar 11fI �lIL1 i Date fill M Name and telephone number of public agency person familiar with project X50,000.co -110, 000,600.00 VayiDUS SchMl5 ON-60Ino Contract amount Type of Work Date Compl6ted CBF -9 INIMS• 1 2.13 REFERENCES FOR SWIMMING POOL CONTRACTOR (C -53 LICENSE) (Duplicate page as needed) All of the work in sections 1 31 51 -1 31 58 (of the Project Manual for City of Rosemead Project No. P53251 Rosemead Aquatic Center) is to be the responsibility of one experienced swimming pool contractor with a C -53 license, which can be either the bidder or a subcontractor, primarily engaged in the construction of commercial public -use swimming pools. A swimming pool contractor shall be considered primarily engaged as required herein if the swimming pool contractor derived 50% of its annual revenue during the past five years from public -use swimming pool construction. The swimming pool contractor must have also, in the last five years, constructed at least three (3) commercially designed municipal and public -use swimming pools, each of which shall have incorporated a minimum size of 6,000 square feet of water surface area with a concrete and ceramic tile perimeter overflow gutter and self - modulating balance tank. The following are the names, addresses and telephone numbers for at least three completed projects as required: Name and Address of Owner . Name and telephone number of public agency person familiar with project Contract amount Project Name Date Completed 2. Name and Address of Owner Name and telephone number of public agency person familiar with project Contract amount Project Name Date Completed 3. Name and Address of Owner Name and telephone number of public agency person familiar with project Contract amount Project Name I Date Completed CBF -10 Attachment # 1 11/01/2010 11:14 9093941630 CAL COMM POOLS BIDDER:���Q�MMC�j�t_ 2.D REFERENCES FOR SWIMMING P004 CONTRACTOR C•53 LIB NSE (Duplicate page as needed) PAGE 06/06 m_ All of the work in sections 13151 -13158 (of the Project Manual for City of Ro� jjead Project No. P53129 Garvey Aquatic Center) is to be the responsibility of one experlE{iced swimming pool contractor with a C -53 license, which can be either the bidde}??- ''�''or a subcontractor, primarily engaged In the construction of commercial public -use swimming pools. A swimming pool contractor shall be considered primarily engaged as required herein if-the swimming pool contractor derived 50% of its annual revenue during the past five years from public -use swimming pool construction. The swimming pool contractor must have also, in the last five years, constructed at least three (3) commercially designed municipal and public -use swimming pools, each of which shall have incorporated a minimum size of 5,000 square feet of water surface area with a concrete and ceramic tile perimeter overflow gutter and self- modulating balance tank. The following are the names, addresses and telephone numbers for at least three completed projects as required: L e and Address of Owner Name and � 2 9 -v 7>_I .i �� :� � 1 ►r I i I I_ SECTION 3 NON - COLLUSION AFFIDAVIT CBF - 11 BIDDER: P69 NO VQ(To&iw. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidderto put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data rf lative thereto, or paid, and will not pay, any fee to any corporation, partnership, c association, organization, bid depository, orto any member or agent ther f e uate.a-Cgllysjv "r sham bid. me Typed or-Printed Name TV1Qer+ I sefx�a�u Title :.. - Subscri ed and sworn before me This AO day of NOVftW 20-Lb (Seal) No ublic in and for the State o lifornia My Commission Expires: State of California County of Riverside Jurat Subscribed and sworn to (or affirmed) before me on this � rd day of Note cnhe r 2010 by Alan Regotti and Patricia Berry --------- - - - - -- proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature (Notary sea]) MIN QUANG TRAN .- COMM. #1741451 - NOTARY PUBLIC - CALIFORNIA to RIVERSIDE COUNTY My Comm. Expires Ap6124, 2011 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Non- Collusion Affidavit (Title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurars completed in California after January 1, 2008 most be in the form as sel forth within this Aran.. There are no exceptions. If a Jarat to be completed does not follow this form, the notary mast correct the verbiage by using a jural stamp containing the correct wording or anaching a separate jm'al form such as this one which does contain proper wording. In addition. the annoy nrasn require an oath or affirmation from the document signer regarding the tnnlhdness of the contents of the document. The document must be signed AFTER the oath or affrration. If the document was previously signed, d mast be re- signed in fm-om of the notary public during the juralprocess. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the camels) of document signers) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a differentjurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800 -873-9865 www.NotaryC]asses.com ASR INC. STATE LICENSE NO. 615395 5230 WILSON ST., RIVERSIDE CA 92509 951779-6580 Fax 951779-6588 PR03ECT INFORMATION ROSEMEAD PARK AQUATIC FACILITY PROJECT: OWNER ARCHITECT GENERAL CONTRACTOR ASR 308 #897 ROSEMEAD PARK AQUATIC FACILITY 9155 E. MISSION DRIVE ROSEMEAD, CA 91770 CITY OF ROSEMEAD 8838 EAST VALLEY BLVD. ROSEMEAD, CA 91770 PHONE 626 -569 -2150 FAX 626- 307 -9218 PATRICK SHEA -SR. PR03ECT MANAGER CELL 626- 240 -3136 DAVID MONTGOMERY - PARKS & REC. DIRECTOR FARID HENTABLI- PUBLIC WORKS MANAGER CHRIS MARCARELLO -DIR. OF PUBLIC WORKS RAFAEL FAJARDO- ASSOC. CIVIL ENGINEER RAY RODRIGUEZ MICHELLE RAMIREZ- ECONOMIC DEVELOPMENT ADMINISTRATOR AQUATIC DESIGN GROUP 2226 FARADAY AVENUE CARLSBAD, CA 92008 PHONE 760 - 438 -8400 FAX 760 - 438 -5251 ASR CONSTRUCTORS,. INC. 5230 WILSON ST. RIVERSIDE,CA 92509 PHONE 951 - 7796580 FAX 951- 779 -6588 MICHAEL TRAN- PRO3ECT MANAGER CELL 951 -634 -2120 TONY PUPPING - SUPERINTENDENT CELL 951- 538 -S569 MARC W. BERRY PRINCIPAL ASR CONSTRUCTO STATE LICENSE NO 615395 5230 Wilson St., Riverside CA 92509 951779-6580 Fax 951779-6588 INC. SUBCONTRACTOR PHONE /FAX LIST SECTION 10500 EROSION CONTROL 1500 SURVEY 20560 ASBESTOS REMOVAL 2050 DEMOLITION 2200 EARTHWORK 2441 IRRIGATION SYSTEM 2800 PLANTING 2510 SITE WATER 2530 SANITARY SEWER 2630 STORM DRAIN 2820 METAL FENCES & GATES 3200 CONCRETE REINFORCEMENT 4220 MASONRY REINFORCEMENT 2514 SITE CONCRETE 3300 CAST CONCRETE 3300 CONCRETE SUPPLIER 4220 UNIT MASONRY SUBCONTRACTOR/SUPPLIER ASR CONSTRUCTORS, INC. DGRK 2079 SKY VIEW DR. COLTON, CA 92324 PHONE 909- 824 -2775 ASBESTOS INSTANT RESPONSE, INC. 3517 WASHINGTON BLVD. LOS ANGELES, CA 90018 PHONE 323 - 733 -0508 FAX 323 - 732 -3414 ASR CONSTRUCTORS, INC. ASR CONSTRUCTORS, INC. ASR CONSTRUCTORS, INC. ASR CONSTRUCTORS, INC. ASR CONSTRUCTORS, INC. TS STEEL 5230 WILSON STREET, SUITE C RIVERSIDE, CA 92509 PHONE 951 - 682 -2031 FAX 951 -682 -2042 ASR CONSTRUCTORS, INC. ROBERTSON'S 200 S. MAIN ST. SUITE 200 CORONA, CA 92882 PHONE 951 - 493 -6508 FAX 951 -493 -6462 ASR CONSTRUCTORS, INC. 4220 MASONRY SUPPLIER ORCO BLOCK 4510 RUTILE ST. RIVERSIDE, CA 92509 PHONE 951- 685 -1521 FAX 951 -685 -4295 5120 STRUCTURAL STEEL ASR CONSTRUCTORS, INC. 5500 MISC. METALS ASR CONSTRUCTORS, INC. 6200 FINISH CARPENTRY DAVID M. BERTINO, MFG., INC. 1696 W. MILL STREET, UNITS 21 -22 COLTON, CA 92324 PHONE 909 - 888 -9122 FAX 909 -381 -5577 7410 SHEET METAL ROOFING INTERGRITY SHEET METAL, INC. 7620 SHEET METAL 319 MCARTHUR WAY, SUITE 1 10200 LOUVERS UPLAND, CA 91786 PHONE 909 - 6080449 FAX 909 - 608 -0439 7920 JOINT SEALERS ASR CONSTRUCTORS, INC. 7620 SKYLIGHTS ASR CONSTRUCTORS, INC. 8110 HOLLOW METAL CONSTRUCTION HARDWARE 8710 FINISH HARDWARE 8520 ALUMINUM WINDOWS HUNTINGTON GLAZING, INC. 8810 GLASS & GLAZING 4800 SOUTH HUNTINGTON DRIVE LOS ANGELES, CA 90032 PHONE 323 -227 -0305 FAX 323- 222 -2782 7950 INSULATION ALCAL - ARCADE CONTRACTING, INC. 1232 SIMPSON WAY, SUITE B ESCONDIDO, CA 92029 PHONE 760 - 233 -2640 FAX 760 -233 -2650 8580 ROLLING SHUTTERS 9220 PLASTER 9250 DRYWALL CERTIFIED DOOR & DOCK EQUIPMENT 7711 SOMERSET BLVD. PARAMOUNT, CA 90723 PHONE 562- 377 -1208 FAX 562 -377 -1248 CASTON, INC. 354 SOUTH ALLEN STREET SAN BERNARDINO, CA 92048 PHONE 909 - 381 -1619 FAX 909 -889 -0726 9310 CERAMIC TILE RDM TILE COMPANY NORTH, INC. 1018 TRAIT STREET PO BOX 278 OCEANSIDE, CA 92049 PHONE 760 - 722 -0396 FAX 760 - 722 -0489 7175 WATER REPELLANTS STREAMLINE PAINTING, INC, 9900 PAINTING 9726 SUNNYBROOK DRIVE MORENO VALLEY, CA 92557 PHONE 951 - 581 -2242 FAX 951 -928 -1719 10601 TOILET PARTITIONS SHELCO INDUSTRIES 10800 TOILET ACCESSORIES PO BOX 446 RANCHO CUCAMONGA, CA 91729 PHONE 909 - 204 -9087 FAX 909 -899 -9958 10400 SIGNAGE ASR CONSTRUCTORS, INC. 10500 METAL LOCKERS RUSCO, INC. 425 S. PINE STREET SAN GABRIEL, CA 91776 PHONE 626 -285 -2291 FAX 626 -285 -5028 10520 FIRE EXTINGUISHERS ASR CONSTRUCTORS, INC. 10801 DRINKING FOUNTAIN ASR CONSTRUCTORS, INC. 13150 SWIMMING POOL CALIFORNIA COMMERCIAL POOLS CONSTRUCTION 2255 E. AUTO CENTER DRIVE GLENDORA, CA 91740 PHONE 909 - 394 -1280 FAX 909 -394 -4579 15400 PLUMBING DUKE PLUMBING 5230 WILSON STREET, SUITE B RIVERSIDE, CA 92509 PHONE 951 - 774 -0013 FAX 951- 774 -0019 15850 HVAC FRANKLIN MECHANICAL SYSTEMS 1090 5T" STREET, SUITE 120 CALIMESA, CA 92320 PHONE 909 - 795 -3900 FAX 909 - 795 -3993 16010 ELECTRICAL GBI ELECTRIC, INC, 551 HERITAGE PLACE PALMDALE, CA 93550 'i 16730 SECURITY SYSTEM 16735 VIDEO SYSTEM 16770 DATA PHONE 661- 947 -0551 FAX 661- 947 -4551 TRI- SIGNAL INTEGRATION, INC. 15835 MONTE STREET, SUITE 101 & 102 SYLMAR, CA 91342 PHONE 818- 566 -8558 FAX 818 - 450 -2585